The RFP Database
New business relationships start here

Copier Maintenance Service for the Montana Air National Guard


Montana, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  Synopsis/Solicitation W9124V-19-R-5000 is issued as a request for quotation.  The Government intends to award one single award Firm Fixed Price (Cost per Copy/month) contract for one year with one option year for photocopier maintenance services based on best value.  All services are non-personal in nature.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62.


This is a 100% Small Business set-aside.  NAICS code 811212 applies to this solicitation.  The size standard is $25 M.  Please quote these items for both the base year and the option year.   

Line Item              Description                                                                            Quantity Unit        Price


Item 0001             Black and White Maintenance Service                           12                           MO        


Item 0002             Black and White Overages                     45,800                                                        EA


Item 0003             Color Maintenance Service                                               12                           MO


Item 0004             Color Overages                    25,000                                                                                EA


Item 0005             CMRA                                                                                   1                              EA


During the life of this contract, the Government expects to add or remove an undetermined number of copiers as requirements change due to organizational realignment or organizations added or deleted or combined.  This contract will only be modified for equipment that is serviced by a certified Konica/Minolta service center.  Please see attached Performance Work Statement for a list of equipment and requirements.


Acceptance will be at Destination by the Government and all items provided will be FOB Destination.


OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.


1. Quotations may be submitted in contractor format and shall include:


(1) Company name, address, telephone number, e-mail address, and FAX number


(2) Solicitation number


(3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code


(4) Unit Price and extended price for CLIN to include pricing for each item in each option year


(5) Past Performance References


(6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)


The following factors shall be used to evaluate offers in addition to price:


(1) Past Performance - the government reserves the right to conduct their own investigation other than the contractors provided list.


(2) Ability to meet the requirements in the statement of work.


(3) Responsiveness to requirement


Technical and past performance, when combined, are approximately equal to price. 


The solicitation closing date is scheduled on 10 June 2019 at 0900 MST, Please e-mail offers to christina.l.hutchins8.mil@mail.mil. ; Award is anticipated to be on or about 29 June 2019. All responsible business sources may submit a proposal which shall be considered by the agency.


The following clauses and provisions apply to this acquisition:  FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, technical, and past performance. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.204-8 Annual Representations and Certifications, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.217-8 Option to Extend Services, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Re-representation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.22-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alternate A Required Central Contractor Registration, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000, Material Inspection and Receiving Report.


Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.


Primary Point of Contact is SMSgt Christina Hutchins (406)791-0454, christina.l.hutchins8.mil@mail.mil. ; E-mail quotes to christina.l.hutchins8.mil@mail.mil, quotes must be received prior to 0900 MST 10 June 2019.


DISCLAIMER: The solicitation and all associated documents will be located on the Federal Business Opportunity (FBO) Government website. The Government is not liable for information furnished by any other source. All amendments, and responses to questions will be posted to the website. This will be the only method of distributing documents and amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the website. The Government will not issue any paper copies. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the website.




Overages will be figured no more frequently than quarterly.


Christina L. Hutchins, Contracting Officer, Phone 4067910454, Email christina.l.hutchins8.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP